42
i UNIVERSITY OF EDUCATION LAHORE TENDER DOCUMENT FOR SUPPLY OF IT AND NETWORKING EQUIPMENT Tender No. UE/Tender/2015-16/13 Table of Contents

TENDER DOCUMENT FOR SUPPLY OF IT AND NETWORKING EQUIPMENTue.edu.pk/beta/downloads/tender018.pdf · TENDER DOCUMENT FOR SUPPLY OF IT AND NETWORKING EQUIPMENT Tender No. UE/Tender/2015-16/13

Embed Size (px)

Citation preview

i

UNIVERSITY OF EDUCATION LAHORE

TENDER DOCUMENT

FOR

SUPPLY OF IT AND NETWORKING

EQUIPMENT

T ende r No . U E/T ende r /2015 -16/13

Table of Contents

ii

S# Description Page #

Tender Notice 1

1 Invitation to the Bid 2

2 Instructions to the Bidders 2

Terms and Conditions of the Tender 5

3 Definitions 5

4 Tender Eligibility 6

5 Examination of the Tender Document 6

6 Amendment of the Tender Document 6

7 Bid Currency 6

8 Validity Period of the Bid 6

9 Bid Security 7

10 Bid Preparation and Submission 8

10 Financial Proposal 9

11 Modification and withdrawal of the Tender 11

12 Bid Opening 11

13 Preliminary Examination 12

14 Determination of the Responsiveness of the Bid 12

15 Technical Evaluation Criteria 13

16 Financial Proposal Evaluation 14

17 Rejection and Acceptance of the Tender 14

18 Contacting the Procuring Agency 15

19 Announcement of Evaluation Report 15

20 Award of Contract 15

21 Letter of Acceptance (LOA) 16

22 Payment of Performance Guarantee (PG) 16

23 Refund of Bid Security (BS) 16

24 Issuance of Supply Order or Signing the Contract 17

25 Redressal of Grievances by the Procuring Agency 17

General Conditions of Supply Order /Contract 18

26 Delivery of Items 18

27 Liquidated Damages 18

28 Inspection and Tests 19

29 Release of Performance Guarantee (PG) 19

30 Contract Amendment 19

31 Termination for Default 20

32 Mechanism for Blacklisting 20

33 Force Majeure 22

34 Termination of Insolvency 22

35 Arbitration and Resolution of Disputes 22

36 Forfeiture of Performance Security 23

37 Payment 23

38 Warranty 24

39 Technical Specification and Schedule of Requirement 25

Annexure-A: Technical Proposal Covering Letter 29

Annexure-B: Checklist 30

Annexure-C: Technical Bid Form 31

Annexure-D: Affidavit 32

Annexure-E: Financial Proposal Form 33

Annexure-F: Price Schedule 34

Annexure-G: Contract Agreement Form 39

Annexure-H: Bank Guarantee Format 40

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 1 of 40

University of Education, Lahore

www.ue.edu.pk

Tender Notice

Sealed tenders/ bids are invited from the f irms registered with Sales Tax and Income

Tax Departments for fol lowing Tender on the basis of Single Stage (Two Envelope

Procedure) in terms of Rule No. 38 2(a) of the Punjab Procurement Rules 2014 (PPRA

Rules 2014).

Tender No. Tender Name Qty Closing Time and Date Opening Time and Date

UE/13 Supply of IT and Networking Equipment

Detail in Tender Document

24-05-2016 till 12:15 PM

24-05-2016 at 12:45 PM

Tender Document wil l be immediately available after publishing this Tender Notice

(Rule No. 25(1) .

Tender Document can be obtained from the Purchase Sect ion, University of

Educat ion, Col lege Road Township, Lahore from 08.00 am to 4.00 pm from Monday

to Friday by deposit ing the Tender Fee of Rs.1000 , in the HBL Township Branch,

Barkat Chowk Lahore throug h challan form or through Pay Order in favor of

Treasurer University of Educat ion, Lahore. A copy of the Bidding Documents is

available for information and can be downloaded from the websites

www.ue.edu.pk and www.ppra.punjab.gov.pk . In case the bidding documents are

downloaded from websites, the deposit receipt or pay order of cost of the bidding

document must be attached along with the Technical Bid .

The Bid Security / Earnest Money not exceeding 5% of estimated price in the form

of “CDR i .e . Bank Draft, Pay Order etc .” in favor of Treasurer, University of

Educat ion is required to be submitted with the Financial Bid, without which the

offer shal l be re jected being non-responsive. The detail of amount of Bid Security

is given in the Tender Document.

Bids without supporting documents, undertaking, val id documentary evidence, and

bids not conforming to terms and condit ions given in the Tender Document wil l be

l iable for rejection.

No supporting document wil l be accepted , at al l , after opening of the Technical

Bids.

Bids received after due t ime and date or bids without Bid Security in shape of CDR

or CDR less than required amount or Bid Security in shape of Cheque/ Cross Cheque

shal l be summarily rejected .

Secretary Purchase Committee University of Education, College Road Township, Lahore

Ph. No.042-99262230

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 2 of 40

1. INVITATION TO THE BID 1.1. Bids/Tenders are invited, for Supply of IT and Networking Equipment, from Sales Tax

and Income Tax Registered firms.

2. INSTRUCTIONS TO THE BIDDERS

2.1. Procurement will be made under Punjab Procurement Rules (PPRA)2014.

2.2. It will be clearly understood that the Terms and Conditions mentioned in this

document are intended to be strictly enforced.

2.3. Bidders must ensure that they submit all the required documents indicated in the

Tender / Bid Documents at the time of opening of Technical Bids and no request for

submission of missing documents will be entertained after opening of the Technical

Bids.

2.4. Bids without supporting documents, undertaking, valid documentary evidence, and

bids not conforming to terms and conditions given in the Tender Document will be

liable for rejection. Bids received after due time and date and bids without Bid Security

in shape of CDR or CDR less than required amount or Bid Security in shape of Cheque or

Cross Cheque shall be rejected.

2.5. The bidder must quote rates of all items in a lot/package, partial bidding in a lot is not

allowed.

2.6. Mode of Advertisement:

As per Rule 12(2) the advertisement is being placed on www.ue.edu.pk, on two

newspapers and on the website of PPRA Punjab (www.ppra.punjab.gov.pk)

2.7. Type of Open Competitive Bidding

As per Rule No. 38(2)a, Single stage two envelope procedure shall be followed with

details given below:

2.7.1. The bid shall comprise of a single package containing two separate envelopes.

Each envelope shall contain separately the financial proposal and the technical

proposal;

2.7.2. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and legible letters to avoid confusion;

2.7.3. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened;

The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 3 of 40

custody of procuring agency without being opened;

2.7.4. The Purchaser shall evaluate the technical proposal under PPRA Rule # 32 and

in a manner prescribed in this document, without reference to the price and

reject any proposal which does not conform to the specified requirements as

listed in said Sections. During the technical evaluation no amendments in the

technical proposal shall be permitted;

2.7.5. The financial proposals of technically qualified bidders shall be opened publicly

at a time, and venue announced and communicated to the bidders in

advance;

2.7.6. After the evaluation and approval of the technical proposal the procuring

agency, shall at a time within the bid validity period, publicly open the financial

proposals of the technically accepted and qualified bids only. The financial

proposal of bids found technically non-responsive shall be returned un-opened

to the respective bidders.

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 4 of 40

2.8. BID DATA SHEET (Information for the Bidders)

1 Procuring Agency University of Education, College Road Township, Lahore

2 Tender Number UE/Tender/2015-16/13

3 Name of Tender SUPPLY OF IT AND NETWORKING EQUIPMENT

4 Tender Document available place Purchase Section, University of Education, College Road Township Lahore and on www.ppra.punjab.pk

5 Cost of Tender Document

Rs.1000/- payable at HBL Township Branch through Challan Form or Pay Order in favor of the Treasurer University of Education, Lahore

7 Bid Security Not exceeding 5% of Estimated Cost in shape of CDR i.e, Pay Order etc, in favor of “Treasurer University of Education, Lahore”

8 Performance Guarantee 10% of Contract Value after issuance of Letter of Acceptance

9 Tender Addressed to Secretary Purchase Committee University of Education, Township, Lahore

6 Contact Number Ph. 042-99262230, Fax:042-99262226

10 Due Date, Time and place of submission of Tender Document

24-05-2016 till 12:15 PM Diary Dispatch Section Room No. 117 New Admin Block University of Education, College Road, Township, Lahore

11 Date, Time and Place of Technical Bid Opening

24-05-2016 at 12:45 PM at Committee Room of University of Education

12 Date, Time and Place of the Financial Proposals

Shall be intimated subsequently to Technically Qualified firms

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 5 of 40

TERMS AND CONDITIONS OF THE TENDER

3. Definitions 3.1. “Purchaser” means University of Educat ion, Lahore

3.2. “UE” means Univers ity of Education, Lahore

3.3. “Bidder/Tenderer” means the Firm/Company/Suppl ier/Distr ibuter that

may provide or provides the Goods and re lated services to any of the

public sector organization under the contract and have registered for the

relevant business thereof.

3.4. "Contract" means the agreement entered into bet ween the Purchaser

and the Contractor, in form of Supply Order or as recorded in the

Contract Form signed by the part ies, including al l Schedules and

Attachments thereto and al l documents incorporated by reference

therein.

3.5. "Contractor/The Successful Bidde r" means the person whose Tender has

been accepted and awarded letter of Acceptance fol lowed by the Supply

Order or Contract by the Purchaser.

3.6. "Contract Value" means that port ion of the Contract Price adjusted to

give effect to such addit ions or deductions as are provided for in the

Contract which is properly apport ion -able to the Goods or Services in

quest ion.

3.7. "Goods" means equipment, machinery, and/or other materials which the

Contractor is required to supply to the Purchaser under the Contract.

3.8. "Services" means instal lat ion, configurat ion, deployment,

commissioning, testing, training, support, after sale service, etc. of

Goods and other such obligations which the Contractor is required to

provide to the Purchaser under the Contract.

3.9. “PPRA” means Punjab Procurement Regulatory Authority.

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 6 of 40

4. TENDER ELIGIBILITY

Eligible Bidder/Tenderer is one who:

4.1. has valid registration certificates for Income Tax and Sales Tax;

4.2. is an active Income Tax Payer;

4.3. conforms to the clause of “Responsiveness of Bid” given in this tender document;

4.4. has not been blacklisted.

5. EXAMINATION OF THE TENDER DOCUMENT

The bidder/Tenderer is expected to examine the Tender Document, including all terms and

conditions.

6. AMENDMENT OF THE TENDER DOCUMENT

6.1. The Purchase Committee of University of Education, at any time prior to the deadline

for submission of the Tender, at its own initiative or in response to a clarification

requested by the Bidder(s), amend the Tender Document, on any account, for any

reason. All amendment(s) shall be part of the Tender Document and binding on the

Bidder(s).

6.2. The Purchaser shall notify the amendment(s) in writing to the prospective

Tenderers/Bidders.

6.3. The Purchaser may, at its exclusive discretion, amend the Tender Document to extend

the deadline for the submission of the Tender, in which case all rights and obligations of

the Purchaser and the Tenderers previously subject to the deadline shall thereafter be

subject to the deadline as extended.

7. BID CURRENCY

Bidder should quote price in Pak Rupees only and payments shall also be made in

Pakistan Rupees only.

8. VALIDITY PERIOD OF THE BID

8.1. Validity period of the bids shall be 90 days.

8.2. In exceptional circumstances, the Purchase Committee of University of Education may

ask the Bidders for an extension of the period of validity. The request and the responses

shall be made in writing. A bidder accepting the request will not be required nor

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 7 of 40

permitted to modify its tender.

9. BID SECURITY

9.1. Bidder will submit Bid Security drawn in the name of Treasurer University of Education

not exceeding 5% of Estimated Price in shape of CDR. With details given below:

Lot# 1

S# Item Name Amount of Bid Security

1 Desktop Computers 40,950

2 Laptop 6,750

Total Amount (Rs) 47,700

LOT# 2

S# Item Name Amount of Bid Security (Rs)

1 Printer Heavy Duty 3,300

2 Printer 8,640

Total Amount (Rs) 11,940

LOT# 3

S# Item Name Amount of Bid Security (Rs)

1 Networking Items 6,300

Lot# 4

S# Item Name Amount of Bid Security (Rs)

1 Routers 90,000

Lot # 5

S# Item Name Amount of Bid Security (Rs)

1 Card Printer 13,500

9.2. Cheque or Cross Cheque shall not be accepted at all.

9.3. The amount submitted as Bid Security shall be refunded to the unsuccessful bidders

after the decision for the award of the said tender.

9.4. The Bid Security of Successful Bidder(s) may be converted as part of the Performance

Guarantee for successful execution of the work.

9.5. Subject to the award of contract, the Bid Security in form of CDR shall be returned to

successful bidder against submission of Performance Guarantee

9.6. If the Bid Security is found less than the required amount then the bid will be rejected

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 8 of 40

irrespective of the rates and the stage of the bid process.

9.7. The Bid Security may be forfeited if a Bidder:

a) Refuses to accept Letter of Acceptance of the Bid; or

b) Fails to furnish Performance Security.

10. BID PREPARATION AND SUBMISSION 10.1. The Tender shall be filed in / accompanied by the prescribed Forms, Annexes,

Schedules, Drawings, Documents, Brochures, Literature, etc. which shall be completely

filled in, stamped and signed by the Tenderer or his Authorized Representative. In case

of copies, photocopies may be attested.

10.2. The Bids/Tenders should be submitted in two parts (1) Technical Proposal and (2)

Financial Proposal. The Technical Proposal and Financial Proposal shall be submitted

in separate covers.

10.3. TECHNICAL PROPOSAL

The Technical Proposal will enable the Purchase Committee to evaluate whether the

bidder is technically competent and capable of executing the order and the

specifications offered by the bidder meet the ones given in the Tender/Bid

Documents. Only those bids which qualify in the technical stage will be eligible for the

Financial Proposal opening. The Financial Proposals of bidders who failed in the

Technical stage will not be opened.

10.4. The Technical Proposal form as given in the Bid/Tender Document shall be filled,

signed and stamped in all pages. The Purchase Committee will not be responsible for

the errors committed in the bids by the bidders.

10.5. The Technical Proposal should not strictly contain any Price/Cost indications as such

otherwise the bids will be summarily rejected.

10.6. The Bidder should quote only one brand/model/make of each item.

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 9 of 40

10.7. Detail and Order of Documents to be furnished with the Technical proposal

(Envelope A):

The documents attached with the Technical Bid must be signed and stamped by the

Authorized Representative of the Bidder. The documents attached must be numbered

and attached in the following order:

10.7.1. Covering letter (Annexure-A) duly signed and stamped by authorized

representative.

10.7.2. Copy of Income Tax Registration Certificate

10.7.3. Copy of Sales Tax Registration Certificate.

10.7.4. Detailed specification of items.

10.7.5. Authorization Certificate of quoted brand for Desktops, Laptops and Card

Printer.

10.7.6. At least two relevant Supply Orders/Contracts received in the last three

years for Desktops, Laptops and Card Printer.

10.7.7. For Router:

10.7.7.1. Copies of Employment Certificate along with CCIE Certificates of at least two

CCIE (R&S) certified resources, please attach employment evidence

with CCIE certificate

10.7.7.2. Copies of five similar Purchase Orders previously received from clients.

10.7.7.3. Evidence / Certificate that the Bidder have at least 03 years of business

relation with manufacturer whose products are being offered (active

hardware only)

10.7.7.4. Authorization Certificate of being at least Primer partner of brand which

offered

10.7.8. Affidavit/Undertaking Covering Letter on Stamp Paper (Annexure-D).

FINANCIAL PROPOSAL

10.8. The Financial Proposal of the bidder shall also include the price break up of

taxes/duties. All taxes/duties as applicable shall be responsibility of the bidders.

10.9. The cost quoted by the bidder shall be kept firm and unchanged for a period specified

in the Bid/Tender Documents from the date of opening of the bids. The bidder shall

keep the price firm/unchanged during the period of Contract including during the

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 10 of 40

period of extension of time if any.

10.10. The quoted price will be inclusive of all taxes, duties, levies, insurance, freight

(transportation charges), etc.

10.11. The Bid is liable for rejection if Financial Proposal contains conditional offer.

10.12. The Bidder must quote rates of all the items in a lot/package and quoting the partial

items in a lot/package is not allowed. If the bidder does not quote for all items in a lot,

its bid for that lot will not be accepted.

10.13. Details to be furnished with Financial proposal (Envelope B)

10.13.1. Financial Proposal Covering Letter (Annexure E).

10.13.2. Financial Proposal Form duly filled, signed and stamped by the Bidder

(Annexure F).

10.13.3. Bid Security of amount (total amount of the relevant lot) mentioned in

Clause No. 9 of the Tender Document.

10.14. Sealing the Bid

10.14.1. The Technical Proposal shall be placed in a separate cover (Envelope-A) and

sealed appropriately. The Technical Proposal cover shall be marked as

“Technical Proposal for SUPPLY OF IT AND NETWORKING EQUIPMENT” –

Bid Ref.: due on The “ FROM ”address and “TO” address shall be written

without fail.

10.14.2. The Financial Proposal (Envelope-B) shall contain rates of item quoted by

the bidder. The Financial Proposal cover shall be marked as “Financial

Proposal for SUPPLY OF IT AND NETWORKING EQUIPMENT” – Bid Ref.: due

on: The “FROM” address and “TO” address shall be written without fail.

10.14.3. Out Cover: The Technical Proposal cover (Envelope-A) and Financial

Proposal cover (Envelope B) shall then be put in a single outer envelope and

sealed. The outer cover shall be marked as “Bid for SUPPLY OF IT AND

NETWORKING EQUIPMENT” –Bid Ref.: due on ____. The “FROM” address

and “TO” address shall be written without fail.

10.15. Mode of Submission of Bids

10.15.1. The Bid should be addressed to “Secretary Purchase Committee, University of

Education, College Road Township, Lahore” and dropped in the Tender Box

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 11 of 40

placed at Section of University of Education, College Road Township, Lahore.

10.15.2. The Bids received after Due Date and Time or Unsealed or incomplete or

submitted by Fax or Email will be summarily rejected.

11. MODIFICATION/WITHDRAWAL OF THE TENDER

11.1. The Bidder may, by written notice served on the Purchaser, modify or withdraw the

Tender after submission of the Tender, prior to the deadline for submission of the

Tender.

11.2. The Tender, withdrawn after the deadline for submission of the Tender and prior to the

expiration of the period of the Tender validity, shall result in forfeiture of the Tender

Security.

12. BID OPENING 12.1. Technical Proposal Opening

The bid’s outer cover and Technical Proposal cover will be opened by the Purchase

Committee of University of Education on the date and time as specified in the Tender

Notice /Bid Data Sheet. The bids will be opened in the presence of the bidders who

choose to be present. A maximum of two representatives for each bidder would be

allowed to attend the Bid Opening.

12.2. Suppression of facts and misleading information 12.2.1. During the bid evaluation, if any suppression or misrepresentation of

information is brought to the notice of the Purchase Committee, the

Committee shall have the right to reject the Bid and if it happens so after

selection of the Bidder, the Purchase Committee may terminate the

Contract or award of the Contract or further processing of the Bid as the

case may be and that will be without any compensation to the Bidder and

the Bid Security/Performance Guarantee, as the case may be, shall be

forfeited.

12.2.2. It is the Bidder’s responsibility to prove the Bidder’s requisite qualification,

experience and capacity to undertake the project to the entire satisfaction

of the Purchase Committee failing which the Bid may be rejected.

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 12 of 40

13. PRELIMINARY EXAMINATION 13.1. The Procuring Agency shall examine the bids to determine whether they are complete,

whether any computational errors have been made, whether the required documents

have been furnished and properly signed, and whether the bids are generally in order.

13.2. In the financial bids (at the time of opening the financial proposal) the arithmetical

errors shall be rectified on the following basis. If there is a discrepancy between the

unit price and the total price that is obtained by multiplying the unit price and quantity,

the unit price shall prevail, and the total price shall be corrected. If the

Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If

there is a discrepancy between words and figures, the amount in words shall prevail.

14. DETERMINATION OF RESPONSIVENESS OF THE BID

14.1. The Purchaser shall determine the substantial responsiveness of the Tender to the

Tender Document, prior to the Tender evaluation, on the basis of the contents of the

Tender itself without recourse to extrinsic evidence. A substantially responsive Bid is

one which:

14.1.1. meets a eligibility criteria for the Bidder / the Goods / the Services;

14.1.2. meets all the mandatory requirements of the evaluation criteria.;

14.1.3. meets the Technical Specifications for the Goods / the Services;

14.1.4. meets the delivery period / point for the Goods / the Services;

14.1.5. is accompanied by the required Bid Security;

14.1.6. is otherwise complete and generally in order;

14.1.7. Conforms to all terms and conditions of the Tender Document, without

material deviation or reservation

14.1.8. which offers one Brand/Model/Make for each item (which does not contain

any option)

14.2. A material deviation or reservation is one which affects the scope, quality or

performance of the Goods or limits the Purchaser's rights or the Bidder’s obligations

under the Contract.

14.3. The Tender determined as not substantially responsive shall not subsequently be made

responsive by the Tenderer by correction or withdrawal of the material deviation or

reservation. However, the Purchaser may waive off any minor non-conformity or

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 13 of 40

inconsistency or informality or irregularity in the Tender.

15. TECHNICAL EVALUATION CRITERIA

The Bidders who have duly complied with the Eligibility/Qualification and Evaluation will be

eligible for further processing.

The Bids which do not conform to the Technical Specifications or Bid conditions or the Bids from

the Bidders without adequate capabilities for supply and maintenance / warranty services will

be rejected.

The Eligible/Technically Qualified Bidders will be considered for further evaluation.

Under PPRA Rules # 31, Technical Bids will be evaluated on the basis of following criteria and

Financial Bids of only those bidders will be opened who have fulfilled the criteria:

Evaluation Criteria Requirement

Sales Tax Registration Mandatory

Income Tax Registration Mandatory

Conformance to the required specification of items given in Schedule of Requirement

Mandatory

Authorization Certificate of quoted brand for Desktop, Laptop and Card Printer. Mandatory

At least two relevant Supply Orders/Contracts received in the last three years for Desktop, Laptop and Card.

Mandatory

For Routers

i- Bidder must have at least two CCIE (R&S) certified resources,

please attach employment evidence with CCIE certificate

ii- Bidder must have done at least similar 5 Projects please attach client

Purchase Orders.

iii- Bidder must have at least 03 years of business relation with

manufacturer whose products are being offered (active hardware

only)

iv- Bidder must be at least Primer partner of brand which offered

All Points are Mandatory

Affidavit /Bidder’s Undertaking on stamp paper Mandatory

The bidder must provide Verifiable documentary proof against all the mandatory requirement

along with the Technical Proposal and no document will be received or considered after

opening of the Technical Proposal.

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 14 of 40

16. FINANCIAL PROPOSAL EVALUATION 16.1. Technically qualified/successful bidder(s)/Tenderer(s) shall be called for opening of the

Financial Proposal(s). The Financial Proposals will be opened in the presence of the

Bidders at the time and venue indicated by the Purchaser accordingly. The technically

Eligible/Successful Bidder(s)/Tenderer(s) or their authorized representatives against

each Lot shall be allowed to take part in the Financial Proposal(s) opening against their

relevant Lot(s).

16.2. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules,

2014. The Price evaluation will include all duties, taxes and expenses etc. In case of any

exemption of duties and taxes made by the Government in favor of the Purchaser, the

contractor shall be bound to adjust the same in the Financial Proposal.

17. REJECTION AND ACCEPTANCE OF THE TENDER/BID

17.1. The Purchaser shall have the right, at his exclusive discretion, to increase / decrease the

quantity of any or all item(s), under PPRA Rules 2014 without any change in unit prices

or other terms and conditions, accept a Tender reject any or all tender(s), cancel / annul

the Tendering process at any time prior to award of Contract, without assigning any

reason or any obligation to inform the Tenderer of the grounds for the Purchaser's

action, and without thereby incurring any liability to the Tenderer and the decision of

the Purchaser shall be final.

17.2. The Tender / bid shall be rejected if:

17.2.1. It is substantially non-responsive; or

17.2.2. The bidder does not meet any of the mandatory criteria mentioned in Clause

No. 15; or

17.2.3. It does not contain the documentary proof against any of the mandatory

criteria mentioned in Clause No. 15; or

17.2.4. The bid is incomplete, partial, conditional, alternative, late; or

17.2.5. the Authorization Certificate could not be verified; or

17.2.6. the bidder does not attach Bid Security in Shape of CDR; or

17.2.7. the bid security is not attached or it is less than the required amount; or

17.2.8. the Bidder submits more than one Bids against one Tender; or

17.2.9. the Bidder tries to influence the Tender evaluation / Contract award; or

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 15 of 40

17.2.10. the Bidder engages in corrupt or fraudulent practices in competing for the

Contract award; or

17.2.11. there is any discrepancy between bidding documents and bidder’s proposal

i.e. any non-conformity or inconsistency or informality or irregularity in the

submitted bid; or

17.2.12. the Bidder submits any financial conditions as part of its bid which are not in

conformity with tender document.

17.2.13. The bidder quotes partial items in a lot then the rates of any of the items in

that lot will not be considered.

18. CONTACTING THE PROCURING AGENCY

18.1. No Bidder shall contact the Purchase Committee of University of Education on any

matter relating to its bid, from the time of the bid opening to the time the Contract is

awarded.

18.2. Any effort by a Bidder to influence the Procuring Agency in its decisions on bid

evaluation, bid comparison, or Contract Award will disqualify the bidder and

rejection o f the bid. Canvassing by any Bidder at any stage of the Tender evaluation

is strictly prohibited.

19. ANNOUNCEMENT OF EVALUATION REPORT The Procuring Agency shall announce the results of bid evaluation in the form of a

report giving justification for acceptance or rejection of bids at least ten days prior to

the award of Contract. The report shall be made available on PPRA website and all the

bidders shall be informed of this.

20. AWARD OF CONTRACT

20.1. For Lot#1, Lot#2 , Lot#4 and Lot#5 the Tender will be awarded to the Lowest

Evaluated Bidder(s) (Item wise) who has been declared Technically Qualified.

20.2. For Lot#3, the Tender will be awarded to the Lowest Evaluated Bidder(s) (Overall

Lowest) who has been declared Technically Qualified

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 16 of 40

21. Letter of Acceptance (LOA)

After acceptance of the Bids by the Purchase Committee, Letter of Acceptance (LOA)

will be issued only to the Successful Bidder.

22. PAYMENT OF PERFORMANCE GUARANTEE (PG)

22.1. The Successful Bidder(s) will be required to remit the Performance Guarantee

equivalent to 10% of the value of the contract price. The PG should be paid by way of

Cash Deposit Receipt (CDR) or Bank Guarantee drawn in favor of “Treasurer University

of Education” as unconditional Guarantee, valid until satisfactory completion of the

entire supply of goods as per contract / Supply Order.

22.2. The PG should be submitted within ten days of receipt Letter of Acceptance and

before signing the contract, to the Purchase Committee.

22.3. The Performance Guarantee will be refunded to the Successful Bidder(s) only after

successful completion of the project.

22.4. The Performance Guarantee will be forfeited if the Successful Bidder withdraws the

Bid during the period of Bid validity specified in the Bid Documents or if the Bidder(s)

fails to sign the contract.

23. REFUND OF BID SECURITY (BS)

The Bid Security (BS) of the Successful Bidder may be adjusted towards Performance

Guarantee payable by the firm. If the successful Bidder(s) submits Performance Guarantee for

the stipulated value in full by way of Cash Deposit Receipt (CDR) and/or Bank Guarantee, the

BS will be refunded. The BS of the unsuccessful Bidder will be refunded on the written request

of the Bidder. The Bid Security of the successful bidder shall be released upon his request

provided the bidder submits Ten Percent (10%) Performance Guarantee in the shape of CDR

and/or Bank Guarantee.

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 17 of 40

24. ISSUANCE OF SUPPLY ORDER OR SIGNING THE CONTRACT

24.1. The Purchase Committee shall issue Supply Order or sign a Contract with the

Successful bidder who has submitted the Performance Guarantee.

24.2. The Successful Bidder will provide the stamp paper of .25% of total order value for

issuance of Supply Order or Signing the Contract.

25. REDRESSAL OF GRIEVANCES BY THE PROCURING AGENCY

25.1. Any bidder feeling aggrieved by any act of the procuring agency after the submission

of his bid may lodge a written complaint concerning his grievances not later than 10

days after the announcement of the bid evaluation report.

25.2. The committee shall investigate and decide upon the complaint within fifteen days of

the receipt of the complaint.

25.3. Mere fact of lodging of a complaint shall not warrant suspension of the procurement

process.

25.4. Any bidder not satisfied with the decision of the committee of the procuring agency

may lodge an appeal in the relevant court of jurisdiction.

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 18 of 40

GENERAL CONDITIONS OF CONTRACT / SUPPLY ORDER

26. DELIVERY OF ITEMS

26.1. The Supplier will be responsible for delivery and installation of IT and Networking

Equipment at following locations within 60 days of issuance of Supply Order or Signing

the Contract:

S# Item Name Location Qty Total Qty

1 Desktop Computers

Lahore 10

21 UE Multan Campus 10

DG Khan 1

2 Laptop Computer Lahore 3 3

3 Printer Heavy Duty Lahore 1 1

4 Printer

UE Multan Campus 7

9 Lahore 1

DG Khan 1

5 Networking Equipment

Lahore

6 Routers

Lahore 2

5 Multan 1

Faisalabad 1

Okara 1

7 Card Printer Lahore 1 1

26.2. Before delivery of items to the above locations, the Bidder must get the items inspected

at UE Township, Lahore.

26.3. The supplier will bear all costs associated with the preparation, delivery and installation

of the Items and the Purchaser will in no case be responsible or liable for those costs.

The supplier will make such arrangements to ensure safe delivery of goods. Any damage

sustained during transportation / delivery will be rectified by the supplier at his cost.

27. LIQUIDATED DAMAGES

27.1. When the supplier fails to deliver or install the goods or both within the time period

specified in the contract, the Purchase Committee may, without prejudice to any other

remedy it may have under the contract, deduct from the contract price, as liquidated

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 19 of 40

damages, a sum equivalent to 0.1% of the price of the delayed goods per day of delay,

maximum up to 10% of the price of total value of the contract.

27.2. The Successful Bidder will be responsible to provide the delivery, delivery Challan and

Bill within the delivery period in order to avoid Late Delivery Charges.

28. INSPECTION AND TESTS

28.1. The Inspection Committee of UE shall inspect and test the Goods supplied, the Services

provided, under the Contract/Supply Order, to verify their conformity to the Technical

Specifications.

28.2. After the inspection or test if the Purchase Committee is of the opinion that items do

not conform to the specification and the criteria mentioned above, the Inspection

Committee may reject them, and the supplier shall either replace the rejected goods or

make all alterations necessary to meet the requirements of the specifications free of

cost to University of Education.

29. RELEASE OF PERFORMANCE GUARANTEE (PG)

The Performance Guarantee will be refunded to the Successful Bidder(s) after one year

of completion of delivery and installation of Goods.

30. CONTRACT AMENDMENT

30.1. The Purchaser may, at any time, by written notice served on the Contractor, alter,

amend, omit, increase, decrease or otherwise change the nature, quality, quantity and

scope, of all / any of the Goods / the Services / the Works, in whole or in part.

30.2. No variation in or modification in the Contract shall be made, except by written

amendment signed by both the Purchaser and the Contractor.

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 20 of 40

31. TERMINATION FOR DEFAULT

The Purchase Committee of University of Education may, without prejudice to any other remedy

for breach of Contract, by written notice of default sent to the tenderer, terminate this Contract

in whole or in part if:

31.1. the bidder fails to provide services within the period(s) specified in the Contract, or

within any extension thereof granted by the Procuring entity.

31.2. the successful bidder fails to deliver goods and services as per its technical specifications

offered in the bid

31.3. the successful bidder fails to perform any other obligation(s) under the Contract.

31.4. the bidder, in the judgment of the Purchase Committee has engaged in corrupt or

fraudulent practices in competing for or in executing the Contract.

32. MECHANISM FOR BLACKLISTMENT OF DEFAULTED BIDDER UNDER RULE 21 OF PUNJAB PROCUREMENT RULES 2014:

The following are the events which would lead to initiate (Rule 21 of PPRA Rules 2014) blacklisting/debarment process;

Submission of false fabricated/ forged documents for procurement in tender.

Not attaining required quality of work.

Inordinate tardiness in accomplishment of assigned/agreed responsibilities

/contractual obligations resulting loss to procuring agency/Government

Non execution of work as per terms & condition of contract.

Any unethical or unlawful professional or business behavior detrimental to good

conduct and integrity of the public procurement process.

Involvement in any sort of tender fixing.

Persistent and intentional violation of important conditions of contract.

Non-adherence to quality specifications despite being importunately pointed out.

Security consideration of the State i.e., any action that jeopardizes the security of the

State or good repute of the procuring agency.

32.1. PROCEDURE

32.1.1. Competent authority of procuring agency may on information received from

any resource direct issuance of show cause notice to a bidder or contractor

of the Procuring Agency.

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 21 of 40

32.1.2. The show cause notice shall contain precise allegation against the contractor

and maximum period of debarring the contractor form participating in any

public procurement of the Procuring Agency.

32.1.3. The contractor will be given minimum of seven days to submit the written

reply of the show cause notice.

32.1.4. In case the contractor fails to submit written reply within the requisite time,

the competent authority may direct to issue notice of personal hearing to

the contractor/ authorize representative of the contractor and

competent authority shall decide the matter on the basis of available record

and personal hearing, if availed.

32.1.5. In case the contractor submits written reply, competent authoritydecide to file

the matter or direct issuance of a notice to the contractor for personal hearing.

32.1.6. The contractor shall be given minimum of seven days for appearance before

the competent authority of hearing in person.

32.1.7. The competent authority shall decide the matter on the basis of available

record and personal hearing of the contractor, if availed.

32.1.8. The competent authority shall decide the matter within fifteen days from the

date of personal hearing unless the personal hearing is adjourned to a next

date and in such and eventuality, period of personal hearing shall be reckoned

from the last date of personal hearing.

32.1.9. The order of competent authority shall be communicated to the contractor

with a statement that the contractor may, with thirty days, file a

representation against the order before the Managing Director Punjab

Procurement Regulatory Authority.

32.1.10. An effort shall be made for electronic communication of the notices and other

documents pursuant to this mechanism and manner of the blacklisting of the

contractor.

NOTE: The decision for blacklistment shall be for period as the competent authority

deems fit according to circumstances of the each case. The letter for debarring the

agency/individual will be published on PPRA website. Once the blacklisting order is issued it shall

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 22 of 40

not be revoked ordinarily unless as provided under Rule-21 of the Procurement Rules 2014.

33. Force Majeure Majeure means an act of nature or an event beyond the control of the Supplier and not

involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning,

mismanagement and/or lack of foresight to handle the situation. Such events may include

but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or

revolutions, f i r e s , floods, earthquakes, strikes, epidemics, quarantine restrictions and freight

embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring

Agency in writing with sufficient and valid evidence of such condition and the cause thereof.

The Committee constituted for Redressal of grievances, shall examine the pros and cons of

the case and all reasonable alternative means for completion of purchase order under the

Contract and shall submit its recommendations to the competent authority. However, unless

otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform

its obligations under the Contract as far as is reasonably practical and shall seek

reasonable alternative means for performance not prevented by the Force Majeure event.

34. TERMINATION FOR INSOLVENCY The Procuring Agency may at any time terminate the Contract by giving written notice of 30

days’ time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this

event, termination shall be without compensation to the Supplier, provided that such

t e r m i n a t i o n shall not prejudice or affect any right of action or remedy which has

accrued or shall accrue thereafter to the Parties.

35. ARBITRATION AND RESOLUTION OF DISPUTES

35.1. The Procuring Agency and the Supplier shall make every effort to resolve amicably b y

direct informal negotiation any disagreement or dispute arising between them under

or in connection with the Contract.

35.2. If, after thirty (30) days from the commencement of such informal negotiations,

the Procuring Agency and the Supplier have been unable to resolve amicably a

Contract dispute, either party may require that the dispute be referred to the

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 23 of 40

Arbitrator for resolution through arbitration.

35.3. In case of any dispute concerning the interpretation a n d /or application of this

Contract shall be settled through arbitration. [Full name & address of the

arbitrator] or his nominee shall act as sole arbitrator. The decisions taken and/or

award made by the sole arbitrator shall be final and binding on the Parties

35.4. the Bidder, either indefinitely or for a stated period, for future tenders in public sector.

36. FORFEITURE OF PERFORMANCE SECURITY

36.1. If the Contractor fails / delays in performance of any of the obligations, under the

Contract / violates any of the provisions of the Contract / commits breach of any of the

terms and conditions of the Contract the Purchaser may, without prejudice to any other

right of action / remedy it may have, forfeit Performance Security of the Contractor.

36.2. Failure to supply required items/services within the specified time period will invoke

penalty as specified in this document. In addition to that, Performance Security amount

will be forfeited and the company will not be allowed to participate in future tenders as

well.

37. PAYMENT

37.1. 100% payment will be made by University of Education to the Successful Bidder after

delivery and installation of goods and on receipt of the following documents:

i. Bill

ii. Delivery Challan

iii. General Sales Tax Invoice

iv. Inspection/Completion report

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 24 of 40

38. Warranty

38.1. Warranty of items shall be as per required in the Schedule of Requirement (Clause No.

39)

38.2. The Supplier shall confirm that the goods supplied under this contract are new and

unused. The Supplier shall further warrant that all goods supplied under this contract

shall have no defect arising from design materials or workmanship or from any act or

omission of the supplier that may arise under the normal use of the supplied goods in

the conditions prevailing in the University.

38.3. The Purchase Committee shall notify the supplier in writing of any claim arising under

the warranty. Upon receipt of such notice, the supplier shall repair or replace the

defective goods or parts within ten days, inclusive of, where applicable, the cost of

inland delivery of the repaired or replaced goods or parts from the port of entry to the

final destination and their installation.

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 25 of 40

39. SPECIFICATIONS AND SCHEDULE OF REQUIREMENT

LOT#1: Desktops Computer and Laptop

Item Name Specifications Qty Specifications/Model/Brand Offered by the Bidder

Desktop Computer

Processor: Processor 5th Gen Core i3 3.0 Ghz Cache: 3 MB Intel HD Graphics Card 4400 Memory (RAM): 4GB DDR3, Maximum Memory: 8GB Hard Disk:1 TB SATA 7200 rpm, Optical Drive: DVD RW Form Factor: Tower, Input Devices: USB Standard USB Keyboard; USB Optical Mouse (of the same brand) Networking: LAN Gigabit, WIFI, Display: 18.5” LED Warranty: 3 Years Comprehensive

Brand: HP, DELL or Equivalent

21

Laptop

Processor: Processor Core i3 3.0 Ghz 6th

Generation RAM: 4 GB DDR3 or higher Hard Drive: 1 TGB Graphics: Intel Integrated HD Graphics Drive: DVD RW display: 15.4” Standard Key Board & Mouse Network: wifi, LAN Gigabit

Warranty: 3 Years

3

Lot#2: Printers

Printer Technology: LaserJet Printing Speed: 32-34 PPM Resolution: 1200x1200 dpi Duty Cycle Monthly : up to 50000 pages (A4) Duplexing: YES Warranty: 1 Year

9

Printer (Heavy Duty)

Technology: LaserJet Printing Speed: 40-42 PPM, Resolution: 1200x1200 dpi Duty Cycle Monthly : up to 100,000 pages (A4) Duplexing: YES, Networking: YES Warranty: 1 Year

1

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 26 of 40

LOT#3: Supply and Installation of Networking Equipment

Item Item Specifications Qty Specifications/Model/Brand

Offered by the Bidder

Data Rack 4 U Front & Back Door with lock and key

2

Network Switch

Cisco/Linksys/HP/Huawei or equivalent Web Smart Gigabit Switch Layer 2 Switch 24 x 10/100/1000 Mbps 2 SFP 100/1000 Ports Throughput 35 G or higher Power, Link/ACT, 100Mbps, 1000Mbps On / off power button Support VLAN Rack mountable with mounting kit 100~240VAC, 50/60Hz Internal universal switching power

1

Network Switch

Cisco/Linksys/HP/Huawei or equivalent Unmanaged 24 x 10/100/1000 Mbps Throughput 35 G or higher Power, Link/ ACT, 100Mbps, 1000Mbps On / off power button,Support VLAN Rack mountable with mounting kit 100~240VAC, 50/60Hz Internal universal switching power

3

Patch Panel

3M/Molex/AMPS/Linksys/Panduit/D-Link /Trendnet or equivalent Gigabit ready rack mount 24-port panel Cat6 patch panels for copper Gigabit switches Meets ANSI/EIA/TIA 568-B.2-1 and ISO/IEC 11801 Standards Color-coded labeling and wiring schemes 180° angle type (horizontal) 1000Base-T Copper Gigabit Ethernet ready Compatible with Cat. 3, 4, 5, 5e, and 6 cabling

4

Patch Cord

1 meter in length (Local handmade) 96

Patch Cord 3 meter in length (Local handmade) 50

Duct Adamjee Duct 4’x4’ 10 feet length as per requirement

Connector RJ 45 Connector 100

Installation and testing

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 27 of 40

Lot#4

Item Item Specifications Qty Specifications/Model/Brand

Offered by the Bidder

Router

CISCO/Huawei/Equivalent Modular Type, Rack Mountable 3 10/100/1000 Mbps (including 1 Comb Port Ethernet. SFP ( with Transceiver) or more 1 port small form factor Module with Transceiver) Expansion Slot: 4 or more Protocols: BGP, OSPF, RIP v2 etc Encapsulation : Ethernet, PPP, Frame Relay HDLC, Serial etc Quality of Service Main Memory 256 MB or Higher SNMP Enabled DHCP Authentication Radius IPV4, IPV6 VPNs abd DMVPN Support Warranty: 3 Year

5

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 28 of 40

Lot#5

Item Item Specifications Qty Specifications/Model/Brand

Offered by the Bidder

Card Printer

FARGO HDP5000 or Equivalent with Software Head Warranty: Life Time Printer Warranty: 3 Year

1

PVC Cards Size: CR-80 1500

Consumables for 1500 Cards

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 29 of 40

Annexure- A Technical Proposal Covering Letter

To

Secretary Purchase Committee

University of Education,

Lahore

Dear Sir,

We are hereby submitting our Proposal, which includes the Technical Proposal and the Financial

Proposal sealed in two separate envelopes. We have attached the Technical Bid Form, Check List,

Detailed Specifications and the required supporting documents along with our Technical Bid.

Yours sincerely,

Authorized Signature

(In full and initials)

Name and Designation of Signatory Name of Firm Address

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 30 of 40

Annexure- B Check List

The bidder must attach this list along with the Bid

1.1. Packing of the Bid

S# Description YES/NO

1 Whether the Bid is submitted in Two Envelopes

2 Technical Proposal Envelope A

3 Financial Proposal Envelope B

4 Whether both Technical and Financial Proposals are put into another Outer Envelope.

1.2. SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS

The Bidder must provide all the Supporting Documents, number all the pages of supporting documents, provide the page information and arrange the documents in the following order:

Envelope A: Enclosures of Technical Proposal Attached YES/NO

Page#

1 Covering Letter

2 Copy of Income Tax Registration Certificate

3 Copy of Sales Tax Registration Certificate

4 Affidavit/Undertaking on the Stamp Paper

5 Specifications of quoted items on the Letter Head of the bidder

6 Authorization Certificate of quoted brand

7 Two Supply Orders for supply of relevant items received in the past

8 The specified catalogues / brochures of items quoted by the bidder (if any)

9 For Routers

Documentary Proof of two CCIE (R&S) Certified Resources

Five Relevant Supply Orders

Certificate from Manufacturer regarding business relation of at least 3 years

Certificate of at least Primer Partnership

Note: All the above documents and any other supporting document must be numbered and page number must be mentioned in the column specified for the purpose.

Total Number of pages attached with the Technical Bid ____________ Pages

9 Tender Document duly signed and stamped each page by the bidder must be attached at the end of the Technical Bid but numbering is not required for this document.

Envelope B : Enclosures of Financial Proposal Attached YES/No

Page #

1 Financial Proposal Form duly filled, signed and stamped by the bidder

2 Price Schedule Form duly filled, signed and stamped by the bidder

3 Bid Security in shape of CDR

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 31 of 40

Annexure- C BID FORM

A) Profile of the Bidder:

S# Particulars BIDDER

1 Name of the Company

2 Year of Incorporation

3 Registered Office

Address

Office Telephone Number

Fax Number

4 Contact Person

Name of Authorized Representative

Personal Telephone Number

Email Address

5 Registration Detail

NTN Registration Number

GST Registration Number

B) Bid Security (Please do not mention amount of CDR)

S# Particulars Please Furnish Details

1 Name of the Bank

2 CDR Number and Date

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 32 of 40

Annexure- D AFFIDAVIT/BIDDER’S UNDERTAKING ON THE STAMP PAPER

Ref: Tender No. UE/Tender/2015-16/13 published on PPRA on

1. We have examined the Tender/Bid Document and we undertake to meet the requirements

regarding supply of Items, warranty and services as required and are prescribed in the Tender

Document.

2. It is certified that the information furnished here in and as per the document submitted is true

and correct and nothing has been concealed or tampered with.

3. We have read the provisions of Tender/Bid Document and confirm that these are acceptable to

us. We further declare that additional conditions, variations, deviations, if any, found in our

response shall not be given effect to.

4. We agree to unconditionally accept all the terms and conditions set out in the Tender/Bid

Document

5. We undertake, if our Bid is accepted, to supply the items within the delivery period mentioned

in the Tender Document.

6. We understand that no document regarding evaluation criteria will be accepted after opening of

the Technical Bids and we are bound to provide all the documentary proofs regarding evaluation

criteria or any other supporting document at the time of opening of Technical Bids.

7. We agree that the Purchase Committee of University of Education is not bound to accept the

lowest or any of the bids received. We also agree that the Purchase Committee reserves the

right in absolute sense to reject all the products/ services specified in the Bid Response without

assigning any reason whatsoever under PPRA Rules 2014.

8. We also declare that our Company/Organization is not blacklisted by any of the Federal or

Provincial Government in Pakistan.

[Name and Signatures of authorized Person along with stamp]

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 33 of 40

Annexure- E Financial Proposal Form (to be attached with Financial Proposal)

To

Secretary Purchase Committee

University of Education,

Lahore

Dear Sir,

With Reference to your Tender No. UE/Tender/2015-16/13 for (title of the Tender). Please find

attached our Financial Proposal for the sum of Rs. (insert amount in words and figures)_. This amount

is inclusive of all taxes.

We have attached the Bid Security of amount Rs. (insert amount in words and figures ) having CNo.

along with our Financial Bid.

Yours sincerely,

Authorized Signature

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 34 of 40

Annexure- F Price Schedule (Please attach this page along with Financial Bid or quote rates on the Letter Head of the Bidder)

Lot#1

Item Name Brand & Model Qty

Unit Rate without GST

Amount of GST

Unit Rate with GST

Total Amount with GST (Unit Rate with GST x

Qty)

Desktop Computer

21

Laptop

3

Total Amount with GST (Rs)

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 35 of 40

Lot#2

Item Name Brand & Model Qty

Unit Rate without GST

Amount of GST

Unit Rate with GST Total Amount with GST (Unit Rate with GST x

Qty)

Printer

9

Printer

(Heavy Duty) 1

Total Amount with GST (Rs)

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 36 of 40

Lot# 3

Item Name Brand & Model

Qty Unit Rate

without GST Amount of

GST Unit Rate with GST

Total Amount with GST (Unit Rate with GST x

Qty)

Data Rack

2

Network Switch (Managed)

1

Network Switch(Unmanaged)

3

Patch Panel

96

Patch Cord

50

Duct

Connector

100

Installation

Total Amount with GST (Rs)

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 37 of 40

Lot#4

Item Name Brand & Model Qty

Unit Rate without GST

Amount of GST

Unit Rate with GST

Total Amount with GST (Unit Rate with GST x

Qty)

Router

5

Total Amount with GST (Rs)

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 38 of 40

Lot#5

Item Name Brand & Model

Qty Unit Rate without

GST

Amount of GST

Unit Rate with GST Total Amount with GST (Unit Rate with GST x

Qty)

Card Printer FARGO

HDP5000 or Equivalent

1

PVC Cards

1500

Consumables for 1500 Cards

Total Amount with GST (Rs)

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 39 of 40

Annexure- G Contract Agreement Form THIS AGREEMENT made the [day] day of [month] [year] between [University of Education] (hereinafter

called “the University”) of the one part and [name and address of Supplier] (hereinafter called “the

Supplier”) of the other part:

WHEREAS the University invited Tenders for certain goods and related services, viz, [brief description of

goods and related services] and has accepted a Tender by the Supplier for the supply of those goods and

related services in the sum of Rs. [Contract Price in figures and in words] (hereinafter called “the

Contract Price”).

NOW THEREFORE the parties hereby agree as follow:

1- The following documents attached shall be deemed to form and integral part of this Contract:

i- Tender/Bid Document

ii- Letter of Acceptance

iii- Performance Guarantee equal to 10% of Contract Price in shape of CDR or Bank

Guarantee.

2- The Terms and Conditions of Supply Order/Contract given in the Tender/Bid Document will be

applicable.

3- The mutual rights and obligations of the University and the Supplier will be preserved in light the

of Terms and Conditions mentioned in the Tender /Bid Document.

IN WITNESS whereof the parties have caused this Contract to be executed in accordance with the laws

of Pakistan on the day, month and year written above.

For University of Education: For the Supplier:

Signature

Print Name

Title

BIDDER’S SIGNATURE AND STAMP Purchase Section, University of Education, Township, Lahore

Page 40 of 40

Annexure- H Bank Guarantee Format for Performance Security

[This is the format for the Performance Security to be issued by a scheduled bank of Pakistan]

Contract No: Date:

To:

[Name and address of Procuring Entity]

PERFORMANCE GUARANTEE No: [insert Performance Guarantee number]

We have been informed that [name of supplier] (hereinafter called “the Supplier”) has undertaken,

pursuant to Contract No [reference number of Contract] dated [date of Contract] (hereinafter called “the

Contract”) for the supply of [description of goods and related services] under the Contract.

Furthermore, we understand that, according to your conditions, Contracts must be supported by a

performance guarantee.

At the request of the Supplier, we [name of bank] hereby irrevocably undertake to pay you, without cavil

or argument, any sum or sums not exceeding in total an amount of Rs. [insert amount in figures and in

words] upon receipt by us of your first written demand accompanied by a written statement that the

Supplier is in breach of its obligation(s) under the Contract conditions, without you needing to prove or

show grounds or reasons for your demand of the sum specified therein.

This guarantee is valid until [date of validity of guarantee], consequently, we must receive at the

above-mentioned office any demand for payment under this guarantee on or before that date.

[Signatures of authorized representatives of the bank]

Signature Seal